Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

A -- Soliciting abstracts to conduct concept exploration R&D in support of the Armys Army Technology Objective (ATO) entitled Aircrew Survivability Technologies (AST).

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-07-R-0003
 
Response Due
9/29/2009
 
Archive Date
11/28/2009
 
Small Business Set-Aside
N/A
 
Description
The Aviation Applied Technology Directorate (AATD), using a two-step Broad Agency Announcement (BAA) process, is soliciting abstracts to conduct concept exploration R&D in support of the Army?s Army Technology Objective (ATO) entitled Aircrew Surviva bility Technologies (AST). This AST program is a 6.2 Applied Research effort encompassing four years with planned multiple awards. The AST ATO will develop technologies in the areas of conventional ballistic protection and crashworthiness with the intent o f substantially improving aircrew survivability over current capabilities. The first step in the two-step process consists of receipt and review of abstracts summarizing the project that is to be the subject of a proposal. The purpose of abstract review is to foster competition, provide feedback to prospective proposers relative to the likelihood of being funded so that better decisions can be made regarding incurring cost for proposal submission. Abstract feedback will be provided to facilitate an Offeror?s decision on whether to prepare a full proposal. Our response to an abst ract is advisory only. The abstract should provide enough information to permit review against the evaluation criteria. Feedback will consist of a qualitative assessment and recommendation relative to full proposal submission. The second step in the two -step process consists of receipt and evaluation of proposals from which award decisions will be made. Offerors who do not submit an abstract are permitted to submit a full proposal. Every proposal will be subjected to the same comprehensive evaluation. Submission of a full proposal is necessary in order to receive an award under this announcement. There will be three abstract and proposal evaluation cycles as further discussed under General Information. The two step approach benefits Offerors by allow ing them to disband proposal teams (if desired) after the abstract phase. It benefits the Government by alleviating time wasted associated with evaluating proposals which are not of sufficient technical interest/quality. SOLICITATION TOPICS: There are two topics under this announcement: TOPIC 01-2008: Conventional Threat Protection The U.S. Army has an ongoing interest in developing and maturing advanced technologies that increase aircraft and crew protection against conventional ballistic threats defined as, 7.62mm Ball, 7.62mm armor piercing (AP), and 12.7mm AP, with 14.5mm AP as a n objective for the future. Current armor has significant weight and/or cost penalties, due both to the materials used and its parasitic application, which limits the range and payload of the aircraft. Lighter weight materials, such as ceramics and interm etallics; advanced backing materials, fabrication process improvements, and non-traditional system design approaches offer the promise of weight savings leading to improved aircraft performance in range and/or payload, while improving the level of ballisti c protection. The objective of this effort is to develop and demonstrate through test innovative light weight, high level of protection armor systems for rotorcraft application. As a minimum, the proposed solution system(s) should provide protection from small caliber threats (threshold 7.62mm Ball, 7.62mm AP, and 12.7mm AP, all at service velocity, with 14.5mm AP as a future objective) at a threshold minimum of 33% (50-75% objective) reduced areal weight, compared to current state-of-the-art armor system s. New materials, fabrication/processing techniques, and optimized system design technologies are expected to provide the greatest weight savings with potential for reducing production cost. The overall design of the armor, and supporting modeling and ana lysis tools used for design and optimization of these systems, validated through ballistic test, will be used to determine its effectiveness. TOPIC 02-2008: Advanced Aircrew Protection U.S. Army Aviation accident data shows that approximately 90 pe rcent of helicopter impact type accidents are survivable. As a result, many helicopters have been upgraded with crash protection features such as energy absorbing crashworthy crew and troop seats; high energy absorbing landing gears; improved occupant res traint systems; and supplemental restraint systems including cockpit air bag systems. However, as mission gross weights have grown and aircraft velocities have increased, the effectiveness of the features intended to prevent occupant fatalities and minim ize the number and severity of occupant injuries in a crash has decreased. Advanced Aircrew Protection will address the subsystems constituents of crashworthiness, to include innovative and advanced energy absorbing concepts and devices, and active crash energy sensing and management concepts/technologies to provide optimum crash protection to occupants of current and future aircraft in variable conditions while minimizing damage to aircraft and mission equipment. As crashworthiness from a subsystems per spective is largely an energy management problem, efforts in this area are expected to yield at least a 25% increase in crash energy attenuation over current systems. The advanced aircrew crash protection concepts and technologies must be developed with minimum adverse impact on weight, cost, space, and in-flight performance. ANTICIPATED FUNDING AND PERFORMANCE PERIOD: Anticipated funding for all awards by each topic is as follows. TOPIC 01-2008: Conventional Threat Protection ? Approximately $5.7M ($1M FY08, $1.05M FY09, $1.55M FY 10, and $2.1M FY11). TOPIC 02-2008: Advanced Aircrew Protection ? Approximately $5.7M ($1M FY08, $1.05M FY09, $1.55M FY 10, and $2.1M FY11). It is desired that proposals include a performance period of 12 to 24 months. Offerors should clearly depict their proposed schedule and insure that the period of performance will be completed by September 30, 2011. Both topics have the potential for mul tiple awards, which may address only part of the topic?s objectives. Any award made under this announcement is subject to the availability of funds. TYPE OF FUNDING INSTRUMENT: A variety of funding instruments are available depending upon the proposed effort, the entity submitting the successful proposal(s), and statutory and regulatory requirements the Government must satisfy. Such instruments inclu de conventional contracts subject to the FAR, as supplemented, and Technology Investment Agreements (TIA) (Cooperative Agreement under 10 U.S.C 2358) or Other Transaction (OT) for Research (10 U.S.C. 2371), which are more flexible than traditional Governme nt funding instruments. Under TIAs or OTs it is DoD policy to obtain, to the maximum extent practical, cost sharing of half of the cost of the project to ensure the recipient has a vested interest in the project's success. Cost participation may be in th e form of cash or in-kind contributions, where cash is considered of significantly higher quality in demonstrating commitment to the project. Cost participation will be considered in accordance with the DoD Grant and Agreement Regulations, DoD 3210.6-R pa ragraph 34.13 (Cooperative Agreement) (but also see paragraph 37.530 pertaining to Other Transactions for Research) accessible at the following link: http://www.dtic.mil/whs/directives/corres/pdf/32106r_041398/part34.pdf. Contract type is negotiable, but the Offeror?s desire should be clearly stated in the cost proposal. INSTRUCTIONS FOR PREPARATION AND SUBMITTAL OF ABSTRACTS: Guidance provided in this section applies to all abstracts submitted under this announcement. Offerors may submit abstracts that address different topics or propose different solutions under a single topic and each will be evaluated independently. Offero rs may also submit abstracts that address only part of the problem under a topic. Abstracts should be marked with the solicitation and topic number and shall not exceed five (5) pages in length. Abstracts shall include the following: 1. Proposed objectives, concepts, ideas, methodologies. 2. A clear statement of work citing specific tasks to be performed and approach to be taken; 3. A brief description of relevant past experience and capabilities; 4. A rough order of magnitude (ROM) cost estimate delineating by fiscal year major cost items (e.g., material, subcontracts, labor, etc.) estimated number of labor hours and any proposed fee. 5. Funding Profile ? desired funding by fiscal year shall be identified (in the event we incrementally fund). All abstracts shall be submitted in four paper copies and electronic format on disc (PDF or MS Word) to the following address: U.S. Army Aviation Applied Technology Directorate, Attn: AMSRD-AMR-AA-C (Kenneth Hood), Building 401, Lee Boulevard, Room 117, F ort Eustis, Virginia 23604-5577. Facsimile and electronic submission is not authorized under this announcement. ABSTRACT EVALUATION: Abstracts will be evaluated based on the following criteria: scientific merit, Offeror?s capability, and the ROM cost. Once the abstracts are reviewed, all Offerors will be sent a decision letter providing a qualitative assessment a nd a Government recommendation relative to full proposal submission. Offerors whose abstracts are deemed to merit full proposal submission are invited to submit a proposal. Offerors whose abstracts are not selected for full proposal submission are still given the opportunity to submit a full proposal if they wish. PROPOSAL EVALUATION: The selection of one or more sources for award will be based on a scientific and/or engineering evaluation of proposals (both technical and cost as it relates to technical effort) in accordance with the criteria set forth in this sect ion. Proposals will be evaluated on their own merit without regard to other proposals submitted under this announcement. Each proposal will receive an adjectival rating supported by narrative. The adjectival ratings and supporting narrative will be cons idered along with other factors including the extent of restrictions placed on technical data deliverables that limit the Government?s ability to further exploit the results of the research and cost to the Government. The Government will develop an order of merit listing for each topic and for each of the three evaluation cycles contemplated under this Announcement. Proposed cost/cost to the Government will be evaluated, as appropriate, for realism and reasonableness. Any proposed cost share will be eval uated for its benefit in reducing program risk, achieving program objectives, and furthering the state-of-the-art. Any percentage of cost sharing proposed could result in greater evaluation credit. EVALUATION CRITERIA: The evaluation criteria are: (1) the extent to which the proposed work satisfies the Army research need by use of innovative, efficient, affordable, and suitable approaches to the stated technical problem; (2) the merit of the Offeror?s proposed approach to accomplish the scientific and t echnical objectives; (3) the experience and qualifications of the scientists, engineers, technicians, and other proposed personnel; (4) the suitability and availability of proposed facilities; and (5) proposed cost to the Government. SECURITY REQUIREMENTS: Performance under Topics 01-2008 and 02-2008 will require access to and/or generation of technical data the export of which is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec. 2751 et. seq.) or the Export Administra tion Act of 1979, as amended, Title 50, U.S.C. App 2401 et seq. Prior to award (if applicable), the successful offeror(s) will be required to provide an ?Export-Controlled DoD Data Agreement? certification number issued in accordance with DoD Directive 52 30.25. This certification may be requested from the Defense Logistics Services Center, ATTN: DLSC-FBA Federal Center, Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. Preaward access to or submission o f a classified proposal is not authorized. Performance under Topic 01-2008 is expected to require access to and/or generation of technical data classified at the Secret level. Offerors responding to those topics must have a facility clearance, storage ca pability and the personnel required to perform at the Secret level. This Announcement is available only to U.S. firms. GOVERNMENT FURNISHED PROPERTY: It is the Offeror?s responsibility to identify, coordinate, and furnish supporting documentation for proposed use of any Government furnished property/equipment. DATA RIGHTS: The Government desires the maximum rights attainable to technical data and computer software and documentation developed/generated under any potential funding instrument awarded as a result of this Announcement. Therefore the Offeror shall i dentify any technical data and/or computer software that they would intend to deliver with restrictions on use, reproduction or disclosure. See DFARS 227.71 for further information. DATA DELIVERABLES: All awards under this announcement will require data deliverables which will be specifically negotiated between the parties. The following data items can be anticipated to be required for all awards: (1) Contract Performance Plan; (2) Technical & Cost Performance Report; (3) Test Plan; (4) Test Report; and (5) Final Report INSTRUCTIONS FOR PREPARATION AND SUBMITTAL OF PROPOSALS: Included as an attachment to the announcement. SUBCONTRACTING PLAN: (Not applicable if proposing award under a non-FAR instrument (i.e., a Technology Investment Agreement) or if offeror is a SMALL BUSINESS CONCERN). Pursuant to the requirements of FAR part 19.702(a)(1), if the total amount of the pro posal exceeds $550,000, and there are subcontracting possibilities, offerors must submit a subcontracting plan. FAR part 52.219-9 defines a subcontracting plan and its requirements. Offerors shall incorporate the subcontracting plan as part of the offero r?s proposal submission. DFARS 226.370-8 discusses subcontracting incentives and goals with the Historically Black Colleges and Universities and Minority Institutions. DFARS 219.708(b)(1)(A) and (B), discusses the appropriate use of DFARS Clauses 252.219 -7003 and 252.219-7004 in solicitations and contracts related to small, small disadvantaged and women-owned small business subcontracting plans. Offerors are cautioned that in solicitations where subcontracting opportunities exist, the Government will not execute a contract unless the Contracting Officer determines that the negotiated plan provides the maximum practicable opportunity for SBs, SDB, WOSB, HUBZone, and Veteran-owned Small Business concerns or HBCUs/MIs to participate in the performance of the contract. Offerors should note that DFARS 219.705-4 provides for a goal of 5% for SDB concerns and HBCUs/MIs. GENERAL INFORMATION and EVALUATION/AWARD CYCLE DATES This Broad Agency Announcement constitutes the total solicitation.?? There will be no other solicitation issued in regard to this requirement.?? Offerors should be alert for any BAA amendments that may revise proposal or abstract due dates. This announcem ent is open and valid through 29 Sep 2009, unless sooner cancelled. Abstracts and proposals may be submitted at any time during the open period of this announcement. We anticipate making multiple awards and there are three cycles of planned potential awa rds, depending on funding availability. With the exception of the first award which is anticipated late March 2008, all other awards are anticipated to be made in the fiscal year following proposal receipt. Abstracts and proposals can be submitted any ti me during the open period of this announcement but will be processed in the cycle based upon date of receipt and proposal validity period. Anticipated contract award dates for the three cycles are as follows: March 2008; March 2009; and December 2009. T o be considered for the March 2008 award, the abstrac t cut-off date is October 22, 2007 and the proposal cut-off date is not later than 1:00 p.m. local time, January 22, 2008. To be considered for the second quarter FY 09 award, the abstract cut-off date is October 20, 2008 and the proposal cut-off date is not later than 1:00 p.m. January 14, 2009. To be considered for the first quarter FY 10 award, the abstract cut-off date is June 29, 2009 and the proposal cut-off date is not later than 1:00 p.m. local time, September 29, 2009. Proposals received after t he due dates indicated above (with the exception of September 29, 2009) will be held and evaluated in the subsequent evaluation cycle only if the proposal includes a validity date which has not expired. Any proposal received after the final cut-off date o f September 29, 2009, will be handled in accordance with FAR 52.215-1, Instructions to Offerors ? Competitive Acquisition. All proposals and abstracts must be submitted in four paper copies and electronic format on disc (PDF or MS Word) to the Aviation Applied Technology Directorate, Attn: AMSRD-AMR-AA-C (Kenneth M. Hood), Fort Eustis, VA 23604-5577. Facsimile and electronic abstract and proposal submission is not authorized under this announcement. Offerors desiring an explanation or interpretation of this announcement shall request it in writing at the above address or e-mail: kenneth.m.hood@us.army.mil. The Government anticipates multiple awards under this announcement, though no minimum or maximum number of awards can be guaranteed. The Government reserves the right to select for award any, all, part or none of the proposals received. The Government re serves the right to select for award only a portion of an Offeror?s proposal (i.e. certain tasks vs. total program). This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. Oral explan ations or instructions given before the award of any contract will not be binding. Any information given to a prospective offeror concerning this announcement, which is necessary in submitting an offer or the lack of which would be prejudicial to any othe r prospective offeror(s), will be published as an amendment to this announcement.
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN01379836-W 20070823/070822070731 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.